Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOLICITATION NOTICE

99 -- AIRBORNE AND MARITIME/FIXED STATION (AMF) JOINT TACTICAL RADIO SYSTEM (JTRS)

Notice Date
3/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
GIGSG/PK 5 Eglin Street (Mitre Building D) Hanscom AFB, MA
 
ZIP Code
01731
 
Solicitation Number
FA8726-05-R-0002
 
Response Due
4/18/2005
 
Archive Date
5/18/2005
 
Point of Contact
Mr. Richard Fox, Contracting Officer (781) 271-2131, e-mail Richard.Fox@hanscom.af.mil
 
E-Mail Address
Click Here to E-mail the POC
(Jeffrey.Wong@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Electronic Systems Center (ESC) is seeking qualified sources for the System Development and Demonstration (SDD) acquisition phase of the Airborne and Maritime/Fixed Station (AMF) Joint Tactical Radio System (JTRS) program. The AMF JTRS will be a hardware-configurable and software-programmable radio system that provides increased interoperability, flexibility, and adaptability to support the varied mission requirements of the warfighter. AMF JTRS will operate with legacy equipment and waveforms currently used by civilian and military airborne, surface, subsurface, and fixed station platforms. The Request for Proposal (RFP) for the SDD contract is expected to be released in August 2005. The scope of the SDD contract will include critical design of the JTR demonstrated in a Critical Design Review (CDR); hardware and software development; delivery of Engineering Development Models (EDMs) and Low Rate Initial Production (LRIP) units to meet platform requirements; waveform porting, including interacting with the JTRS Technology Laboratory (JTeL) for Software Communications Architecture (SCA) compliance testing and with the Joint Interoperability Test Command (JITC) for waveform compliance and interoperability certification; conducting AMF JTRS contractor development testing (DT); supporting Government DT, Operational Assessment (OA), technical evaluation (TECHEVAL), and operational evaluation (OPEVAL) testing. We anticipate the contract will include priced options for LRIP, initial spares, associated technical data, platform integration, installation support, and sustainment. The prime contractor will be required to qualify at least two JTR production sources prior to LRIP. The winning SDD contractor will be excluded from being a JTR production source, but may provide Service Integration Kits (SIKs) and ancillary equipment. The AMF JTRS program has a two-phase development strategy: Pre-SDD and SDD. Pre-SDD is focused on the system architectures and initial designs for the AMF JTRS. The outcomes will include design drivers and platform interface requirements that drive cost. The goal is to help refine SDD contract requirements and analyze alternative approaches in order to assess risks. In September 2004, two Pre-SDD phase Cost Plus Fixed Fee (CPFF) contracts, expected to last fifteen (15) months, were awarded via full and open competition to Boeing and Lockheed Martin. The Pre-SDD Prime Contractors are expected to deliver Preliminary Design Review (PDR) level designs for Joint Tactical Radio (JTR) form factors, ancillary equipment, and designs for Service Integration Kits. Key data deliverables include system specifications, top-level Interface Control Documents (ICDs), draft item specifications, a life cycle cost model, trade studies, and risk reduction analyses. Detailed requirements and Pre-SDD reference material for this system can be found at http://www.herbb.hanscom.af.mil/rfp_list.asp, and then click on "Airborne, Maritime, and Fixed Station Joint Tactical Radio System." The HERBB will be the primary source of information for the AMF JTRS acquisition. Interested firms may provide their qualifications package via e-mail or they may provide two hardcopies and one electronic copy (i.e., CD) of a qualifications package to GIGSG/PK, 5 Eglin Street, (MITRE D Building), Hanscom Air Force Base, Massachusetts 01731-2100, Attn: Jeffrey Wong (Jeffrey.Wong@hanscom.af.mil). If you choose to send your qualifications package via e-mail, please confirm receipt by calling Mr. Wong at (781) 271-6272. Your qualifications package must provide general information about your ability to provide a preliminary design as part of a response to the SDD RFP. Your qualifications package should explain how your proposal could demonstrate sufficient maturity to meet the criteria for a preliminary design. Your qualifications package should address, as a minimum, how you would propose a design to meet the objectives identified below: 1. All AMF JTRS system requirements have been decomposed and allocated appropriately to software, firmware and hardware, and traceability has been maintained; 2. Allocation issues at the module level have been resolved; 3. Required relationships (physical, functional and data), interactions and interfaces among functions, modules and configuration items, and platform networks, equipment and software have been satisfactorily defined; 4. The functionality associated with incremental builds has been satisfactorily defined and documented to the expected maturity level; 5. System scalability, growth, and throughput considerations have been addressed, including estimators of size and speed for all software and firmware, whether contained in application specific integrated circuits (ASICs), field programmable gate arrays (FPGAs), digital signal processors (DSPs), general purpose processors (GPPs), etc., and showing how reserve percentages are met; and 6. Waveform porting and Cryptographic Equipment Application (CEA) porting and integration, and NSA Certifications have been considered; 7. Testing strategies have been established to verify each requirement; Your qualifications package should briefly summarize your concept for AMF JTRS Form Factors. Your qualifications package should provide a recommended top-level SDD schedule to include key System Engineering reviews, EDM lead times and time phasing, and LRIP unit lead times and time phasing. Your qualifications package must describe how you would provide the following PDR quality documents as a part of your formal proposal package: * System Specification * Sub System Specifications * Certification Plan * Test Strategy * Requirements Allocation Matrix * Supportability Plan * Modeling & Simulation Plan * Risk Management Plan * Software Development Plan * Software Architecture Description Document * Integrated Master Schedule * Integrated Master Plan * Production Readiness Plan Your qualifications package will be evaluated against the following: 1) Your team's manufacturing and integration capability to deliver EDMs and LRIP units to meet platform requirements at an acceptable level of functionality and quality, 2) Your approach to waveform porting, including your approach to interacting with the JTEL for SCA compliance testing and with the JITC for waveform compliance and interoperability certification, 3) Your approach to AMF JTRS testing, including conducting contractor DT as well as supporting Government DT, OA, TECHEVAL, and OPEVAL testing, 4) Your approach to qualifying at least two JTR production sources prior to LRIP, as well as your approach to developing and supplying ancillary equipment and SIKs. Responses are required no later than 1700 hours Eastern Time on April 18, 2005. Responses must also include the company name, address, size of business (i.e., large business, small business, small disadvantaged business, 8(a) concern, veteran-owned business, or HUBZone small business), whether U.S. or foreign-owned entity, and a company point of contact. Please limit your qualification package to a maximum of 25 pages. (Format: 8.5 x 11 inch paper, compatible with Microsoft Word 2000/XP; Font Times Roman; 10 pt, 1-inch margins.) Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work (limit 1 page, which is included in the 25-page total). Please include the name and number of the ongoing contract, contract scope, contract type, period of performance, contract deliverable, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. The Government intends to evaluate each prime contractor capability package submitted and will notify each source by e-mail not later than May 6, 2005 of our assessment of their potential competitiveness for the JTRS program. This synopsis is for planning purposes only and does not constitute a Request for Proposal; it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information provided in response to this synopsis. See Note 26. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/FA8726-05-R-0002/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00776250-F 20050327/050325213131 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.